ADDENDUM #2 JUNE 30, It is required that all bidders acknowledge receipt of Addenda on Page BF-2 of the Bid Form.

Similar documents
ADDENDUM #1. The following sheets have been revised and are being reissued as part of this addendum:

ADDENDUM NO. ONE REHABILITATION OF TAXIWAY G AND RECONSTRUCTION OF TAXIWAY D FOR THE TRENTON-MERCER AIRPORT AB

Company Page 1 of 13

ITEM DESCRIPTION EST. QUANT. UNIT UNIT PRICE P

TABULATION OF BIDS DODGE CITY REGIONAL AIRPORT DODGE CITY, KANSAS RECONSTRUCT RUNWAY 14-32: SUMMARY PROJECT NO.: AIP

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of

ADDENDUM NUMBER FOUR

For Reference Only - Not For The Purpose Of Bidding BP-1 PROPOSAL. PROPOSAL OF, a corporation a. partnership consisting of

BID FORM. TxDOT CSJ No. 1507JNCTN. Project Description: T-Hangar Development Project. Bid by: Name of Bidder. Address: Address:

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF

ADDENDUM NO. 2 TO PROPOSAL AND CONTRACT DOCUMENTS RUSSELL REGIONAL AIRPORT ROME, GEORGIA RUNWAY 1/19 OVERLAY FLOYD COUNTY BID NO.

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet.

2019 Annual Airfield Pavement Rehabilitation CONTRACT NO ADDENDUM NUMBER ONE


CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION

BASE BID FORM FY 2015

BID FORM (LUMP SUM CONTRACT)

SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO SOLICITATION NO. CO ADDENDUM-6

ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP # June 7, 2016

DOCUMENT ADDENDA AND MODIFICATIONS

ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / (Budget Account Number)

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF

EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS

A D D E N D U M N O. 4

BASE BID Description Written & Numeric Price

:00 PM CST. McDonald Construction Inc of Slidell $1,002, Magee Excavation & Development LLC $1,

STEUBEN COUNTY DEPARTMENT OF PUBLIC WORKS. 3 East Pulteney Square Bath, New York 14810

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded)

URS CORPORATION NY Contract No. C REPUBLIC AIRPORT RUNWAY 1-19 RUNWAY SAFETY AREA (RSA) IMPROVEMENTS ADDENDUM NO. 4 TO:

The minutes to the Prebid Meeting held on June 13, 2018 are attached.

Bid Form. To the Texas Department of Transportation hereinafter called the Agent.

Forsyth County Procurement

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5

General Water Bid Items Item No.

ADDENDUM NO. 1 - OUTLINE AND SUMMARY INFORMATION

San Antonio Water System ADDENDUM NO. 1

Maine Turnpike Authority

ADDENDUM NO. 2 PUBLIC WORKS CONSTRUCTION PROJECT NO

Annual 2012 Asphalt Overlay Work Order Construction Contract Job No Solicitation No. B MR BID PROPOSAL. PROPOSAL OF, a corporation a

NOTICE TO OFFERORS ADDENDUM NO. 1 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH

November 29, CITY OF PLANT CITY Purchasing Division (813)

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM.

ADDENDUM NO. 1. ISSUED: March 23, 2018 PROJECT: Aurora, Indiana. BID DATE: March 27, 2018

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged.

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS Engineering Division. CONTRACT NO PROJECT NAME: 2018 Citywide Contract Overlay

County of Georgetown, South Carolina

Taxiways P and P7 Drainage Improvements Re-bid CONTRACT NO ADDENDUM NUMBER ONE

[ADD / DELETE / MODIFY FOLLOWING ITEMS AS APPROPRIATE TO THE PROJECT:]

M&M CARGO PARKING LOT REHABILITATION 5103 MAHER AVENUE LAREDO, TEXAS MAYOR PRO-TEMPORE, DISTRICT II DISTRICT VIII COUNCIL MEMBER

ADDENDUM #1 ISSUE DATE: WEDNESDAY, MARCH 16, 2016 BID DATE: TUESDAY, MARCH 22, 2016 AT 12:00 PM (NOON)

PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co

ADDENDUM NO. 1 APRIL 24, 2017

PRE-BID MEETING August 10, :00 P.M.

BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2

Job Order Sewer Repair Services

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

INVITATION TO BIDDERS. Solicitation No. CO-00157

ANSWERS TO QUESTIONS RECEIVED THROUGH 1:00 PM ON MAY 24, 2018:

ADDENDUM. DATE: 10/12/15 BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: BID DATE: 10/27/15 ADDENDUM No: 1

NOTICE TO BIDDERS. August 24, 2016 ADDENDUM NO. 1. Gosling Road Pedestrian, Bike & Related Improvements

ADDENDUM NO. 1 NOVEMBER 8, 2016

CARGO HARDSTAND IMPROVEMENTS. at Seattle-Tacoma International Airport BID PACKAGE. Addendum No. 3

BID PROPOSAL PROPOSAL OF, corporation, a partnership consisting of, an individual doing business as,

Maine Turnpike Authority

IFB # R Blythe Creek Grinder Pump Eliminations

ADDENDUM NO. 1. BVCAP Laurel Hill Residential Site Improvements Pawtucket, RI. March 18, 2016 PREPARED BY:

CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 1, APRIL 25, 2018 FOR THE CITY OF BRECKSVILLE,

FC-9403, Street Resurfacing and Associated Street Maintenance Activities - Group A Addendum No. 3 January 24, 2017 Page 2

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified?

2018 Roadway Erosion Control CONTRACT NO ADDENDUM NUMBER TWO

PROPOSAL OF, a corporation. an individual doing business as

CITY OF TACOMA Department of Public Utilities - Water Division

SECTION 1500 REMOVALS

CITY OF TACOMA Department of Public Utilities Tacoma Power

ADDENDUM NO. 1. CITY OF FORT MORGAN CONSTRUCT RUNWAY BID AIP Project No March 7, 2014

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS. All Plan Holders and Prospective Bidders

SUBJECT: ADDENDUM #1 IFB # Taxiway A Rehabilitation - Bid Package 1 at Myrtle Beach International Airport (MYR) NOTICE of REVISIONS:

ADDENDUM NO. 1 SR163/N 46TH ST TO N 54TH ST INTERSECTION IMPROVEMENT PROJECT REVISIONS TO CONTRACT DOCUMENTS

TABULATION OF BIDS DENVER INTERNATIONAL AIRPORT. Denver, Colorado CONTRACT NO. CE CONCOURSE C EAST APRON EXPANSION BID SUMMARY

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION

RPQ ADDENDUM. Project Manager Frank Ramirez

Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California Tel

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT EXIT 103 SOUTHBOUND UNDERPASS BRIDGE REHABILITATION MILE 103.0

Addendum No. 1 Issue Date: March 29, 2016

C. W. Matthews Contracting Co., Inc. (L)

Addendum No: 3 THE FOLLOWING IS BEING ISSUED AS ADDENDUM NO.3. Closing Time: 2:00 P.M., December 18, 2018 Opening Time: 2:01 P.M., December 18, 2018

BID PROPOSAL FORM

A D D E N D U M N O. 1

Addendum No. 1 Page 1 of 2

Snow Removal Equipment Storage Building

COMMUNITY PLAZA WAY ASPHALT PAVEMENT OVERLAY ADDENDUM NO.1 UPPER SKAGIT INDIAN TRIBE PAGE 1


DOCUMENT ADDENDUM No. 2

Addendum 3 City of Portsmouth Bid # Chestnut Street Streetscape Project. Issued: August 1, 2017

Transcription:

ADDENDUM #2 JUNE 30, 2017 APRON REHABILITATION PHASE 3 HENRY E. ROHLSEN AIRPORT ST. CROIX, U.S. VIRGIN ISLANDS FAA AIP No.: 3-78-0002-037-2017 This addendum modifies or interprets the proposal documents by additions, deletions, clarifications, corrections, or other type of modifications. Addenda will become part of the Contract Documents. It is required that all bidders acknowledge receipt of Addenda on Page BF-2 of the Bid Form. APRON REHABILITATION PHASE 3 Addendum #2 HENRY E. ROHLSEN AIRPORT Page 1 of 3

I. ADVISORIES 1. The last day for questions was June 27 th, 2017 at 5:00 PM. 2. No Questions were received. II. CHANGES TO PROJECT MANUAL (Volume 1 Contract and General Provisions) 1. Bid Form: Remove Bid form page BF-4 of the Project Manual and Replace with the attached Bid Form page BF-4 III. CHANGES TO PROJECT MANUAL (Volume 2 Technical Specifications) 1. P-156: Delete the second and third paragraphs in section 156-4.1 Method of Measurement, which Reads Inlet protection will be measured per each inlet as called for in the plans regardless of size or square footage of the inlet that is to be protected. Measurement for each inlet will be made once for the entire project regardless of how many times the filter fabric or siltation protection device must be changed for maintenance. Trench Drain protection will be measured per each trench drain protected regardless of size or square footage. Measurement for each trench drain will be made once for the entire project regardless of how many times the filter fabric or siltation protection device must be changed for maintenance. Add the following paragraph to section 156-4.1 Method of Measurement to Read Temporary Erosion Control shall be measured on a lump sum basis and shall be inclusive of installation and maintenance of all silt barrier fencing, Inlet Protection Devices, Trench Drain Filter Fabric, Soil Tracking Devices and other sedimentation prevention measures identified or noted on the plans. Contractor shall prepare and apply for an NPDES permit and shall be named as an operator on the Stormwater Pollution Prevention Plan (SWPPP) which has previously been prepared and submitted to DPNR for approval by the owner. Cost of installing, maintaining and coordinating all related pollution prevention efforts shall be included in this item. 2. P-156: Change pay item P-156-1 to Read P-156-1 Temporary Erosion and Sedemention Control - per lump sum. 3. D-751: Add the following pay item to Paragraph 701-5.1 to Read Item 701-2 Concrete Collar for Connection to Existing Pipe Run per each IV. CHANGES TO PROJECT DRAWINGS 1. Remove Sheet C-04 and Replace with the attached Sheet C-04. 2. Remove Sheet C-05 and Replace with the attached Sheet C-05. 3. Remove Sheet C-12 and Replace with the attached sheet C-12. 4. Remove Sheet C-13 and Replace with the attached sheet C-13. APRON REHABILITATION PHASE 3 Addendum #2 HENRY E. ROHLSEN AIRPORT Page 2 of 3

ATTACHMENTS Bid Form Page BF-4 Drawing Sheet C-04 Drawing Sheet C-05 Drawing Sheet C-12 Drawing Sheet C-13 END OF ADDENDUM # 2. APRON REHABILITATION PHASE 3 Addendum #2 HENRY E. ROHLSEN AIRPORT Page 3 of 3

APRON REHABILITATION PHASE 3 HENRY E. ROHLSEN AIRPORT MAY 2017 Item No. Spec. No. Description Quantity Unit Unit Price (Dollars-Cents) Total Amount (Dollars-Cents) SCHEDULE A - ASPHALT TAXILANE A.1 00100 Mobilization 1 LS A.2 01030 Safety and Security 1 LS A.3 P-101-1 2" Bituminous Milling Asphalt Pavement 3600 SY A.4 P-156-1 Temporary Erosion and Sedemention Control 1 LS A.5 P-401-1 Bituminous Surface Course 425 TN A.6 P-603-1 Bituminous Tack Coat 300 GAL A.7 P-620-1 Pavement Marking (Non-Reflective Black) 1400 SF A.8 P-620-2 Pavement Marking (Reflective Yellow) 1050 SF Total Schedule A SCHEDULE B - PCC APRON B.1 00100 Mobilization 1 LS B.2 01030 Safety and Security 1 LS B.3 P-101-4 Demolish Existing PCC Pavement (20" +/-) 3680 SY B.4 P-101-5 Miscellaneous Demolition 1 LS B.5 P-101-6 Demolish Existing RCP (12"-24" Inside Diameter) 112 LF B.6 P-156-1 Temporary Erosion and Sedemention Control 1 LS B.7 P-210-1 Scarify, Grade, and Compact Caliche Base Course 3680 SY B.8 P-304-1 5" Cement Treated Base Course 3680 SY B.9 P-501-1 15" PCC Pavement 3680 SY B.10 P-620-1 Pavement Marking (Non-Reflective Black) 500 SF B.11 P-620-2 Pavement Marking (Reflective Yellow) 250 SF B.12 D-701-1 18" RCP 112 LF Concrete Collar for Connection to Existing Pipe B.13 D-701-2 Run 1 EA B.14 D-751-1 Aircraft Rated Inlet 1 EA Total Schedule B SCHEDULE C - ASPHALT APRON C.1 00100 Mobilization 1 LS C.2 01030 Safety and Security 1 LS C.4 P-101-2 3" Bituminous Pavement Milling 6200 SY C.3 P-101-3 Pavement Marking Removal 540 SF C.5 P-156-1 Temporary Erosion and Sedemention Control 1 LS C.6 P-401-1 Bituminous Surface Course 1075 TN C.7 P-603-1 Bituminous Tack Coat 510 GAL C.8 P-620-1 Pavement Marking (Non-Reflective Black and Yellow) 550 SF C.9 P-620-2 Pavement Marking (Reflective Yellow) 800 SF Total Schedule C TOTAL SCHEDULE A TOTAL SCHEDULE B TOTAL SCHEDULE C TOTAL ALL SCHEDULES OF WORK Name of Bidder/Contractor Signature of Officer 1. Provide, in the appropriate spaces of the Bid Price Form, the unit price(s) and lump sum prices(s), based on the description indicated for that item, the Total Amount of each item in numerical figures and the Total Amount Bid for the entire work. 2. The Bid includes the work as described in the plan sheets and specifications for the Project project, and shall include all costs to complete the project in accordance with the contract documents. 3. This is a UNIT PRICE Contract. Addendum No. 2 BF-4